Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2003 FBO #0451
SOLICITATION NOTICE

61 -- Power Distribution Unit

Notice Date
2/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Information Technology Contracts Unit/PPMS, 1000 Custer Hollow Road, Module B-3, Clarksburg, WV, 26306
 
ZIP Code
26306
 
Solicitation Number
087971R
 
Archive Date
3/22/2003
 
Point of Contact
Micheal Konchesky, Contracting Officer, Phone 304-625-4031, Fax 304-625-5391,
 
E-Mail Address
mkonches@leo.gov
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a proposal is being requested and a written solicitation will not be issued. (ii) This combined synopsis/solicitation is issued as a Request for Proposal (RFP #087971R). (iii) This solicitation document and incorporated provisions and clauses are those in effect through the FEDERAL ACQUISITION CIRCULAR 2001-11. (iv) This solicitation is restricted to a 100% set-aside for small business concerns. NAICS Code is 421610 and the small business size standard is 100 employees. The negotiated contract will be an indefinite delivery, indefinite quantity (IDIQ) contract for the purchase of the following item from date of award through September 30, 2003, and one option year period. Contract minimum quantity of 2, maximum quantity of 6 during the life of the contract. (v) The RFP is for the following CONTRACT LINE ITEM NUMBER (CLIN): CLIN 0001: Base Year FY2003 (Award thru September 30, 2003), Item Description: 225kVA Liebert Precision Power Center, model PPA225C315, with the following features and characteristics: AC input voltage 480V (three-phase, three-wire plus ground). AC output voltage 208 V (three-phase, four-wire plus ground). K20 double shielded isolation transformer suitable for highly non-linear loads. Power Monitor Panel with communication interface to a Liebert site monitor and local Emergency Power Off. Three (3) 42 pole panelboard for GE bolt-in circuit breakers. Two (2) 225A subfeed circuit breakers. Side panels painted Z0430 and accent covers painted Z0430. Casters and leveling feet. Liebert Remote Distribution Center, model RDC642SB15, with the following features and characteristics: AC input/output voltage 208V (three-phase, four-wire plus ground). 2 inputs. 24" x 24" foot print to fit on a single 24" floor tile. Individually protected output panelboards facing front and rear. Keylockable doors with individual hinged panelboard access covers. Doors and side panels painted Z0430. Four (4) 42 pole panelboard for Square D bolt-in circuit breakers. Current Monitoring Panel, phase and neutral current for each panelboard with front and rear displays. CLIN 0002: Option for FY2004 (October 1, 2003 thru September 30, 2004), Item Description: Same as CLIN 0001. (vi) Same as above. (vii) Delivery shall be made to the Federal Bureau of Investigation, Criminal Justice Information Services Division (CJISD), 1000 Custer Hollow Road, Clarksburg, West Virginia 26306, to the attention of the individual who will be identified on the delivery order. Items shall be shipped F.O.B. Destination. (viii) FAR 52.212-1, Instructions to Offerors -- Commercial Items is incorporated by reference and applies to this acquisition. ADDENDUM FAR 52.212-1 Para. (B) Submission of offers. Submit signed and dated offers by 4:00 PM Eastern Standard Daylight time on March 7, 2003 to the Federal Bureau of Investigation, Information Technology Contracts Unit, Attn: Michael Konchesky, Module B-3, 1000 Custer Hollow Road, Clarksburg, WV 26306 or facsimile at 304-625-5391. (ix) FAR 52.212-2, Evaluation -- Commercial Items is incorporated by reference and applies to this acquisition. ADDENDUM FAR 52.212-2 Para. (A) The following factors, in descending order of importance, shall be used to evaluate offers: technical, price, and past performance. The Government will award a contract to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Price Evaluation- Award will be based on Offerors total price for the maximum quantity. Offerors are requested to provide pricing based on quantity discounts, if available; i.e., Qty 1,2,3,4,5,6. For past performance evaluation, Offerors shall provide names, addresses, and telephone numbers of three customers, Government and commercial, that have utilized the Offerors services for the same or similar item during the past two years. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items with offer. Offerors shall ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. A complete list of Representations and Certifications may be obtained at the following website http://www.acqnet.gov/far/. (xi) FAR 52.212-4, Contract Terms and Conditions--Commercial Items, is incorporated by reference and applies to this acquisition. ADDENDUM FAR 52.212-5: The following additional FAR clauses are incorporated by reference: FAR 204-6, Data Universal Numbering System (DUNS) Number; FAR 52.216-18, Ordering and Addendum to Para. (a) Such orders may be issued from date of award through September 30, 2003 or during the one optional year; FAR 52.216-19 Order Limitations; FAR 52-216-22, Indefinite Quantity; 52-217-5, Evaluation of Options; FAR 52-217-9, Option to Extend the Term of the Contract; (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following provisions also apply to this acquisition: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government and Alternate I ((41 U.S.C. 253g and 10 U.S.C. 2402); FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-23 Equal Employment Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act -- Supplies: and 52.232-34, Payment by Electronic Funds Transfer -- Other than Central Contractor Registration. The full text clauses can be obtained at the following website: http://www.acqnet.gov/far/. Technology Enhancements - It is anticipated that the Government's requirement for the equipment described in this contract will extend over several years, perhaps exceeding the technological life of the proposed equipment. It may be in the best interest of the Government, as well as the Contractor, to substitute equipment of a newer technology for the equipment proposed, or some portion thereof, provided that the conditions below are satisfied. During the life of the contract, and under its terms and conditions, the Government may request, or the Contractor may propose to provide, technologically advanced equipment, components, or any other item(s) contracted hereunder. Types of Upgrades - The upgrades covered by this clause will generally be substituted for functional items/systems already in the contract. The substitution may be in total or in part. The upgrades discussed in this clause are not replacements for items or systems already ordered and installed, and nothing in this clause shall be construed as authority for such replacement of installed equipment. It is further understood by the parties to this contract that this clause envisages technological refreshment related to the general type of hardware covered by the scope of this contract. Minimum Qualifications for Acceptance of Upgrades - The Government is under no obligation to substitute any item for an item already listed in the contract. However, subject to mutual agreement when required above, when items are added to this contract under this clause, the item or items shall meet the following criteria: (1) have been sold to the general public in substantial quantities before substitution under this clause; (2) meet or exceed all mandatory requirements of the contract; (3) be fully compatible with the originally proposed equipment; (4) the price should be equal or less than the Original Equipment Manufacturer (OEM) for the item. The Contractor shall agree to all terms and conditions, including delivery and installation, being equal to or more favorable to the Government than the substituted equipment; (5) be judged technically acceptable by the COTR; (6) be approved in writing, by execution of a contract modification, signed by both the FBI Contracting Officer and the Contractor's representative; and (7) shall undergo acceptance testing in accordance with the terms of the contract. Pricing of Upgrades - The pricing of upgraded item(s) shall be negotiated on a case-by-case basis provided that the final price shall not exceed the limitations specified above. (xiii) Additional requirements: N/A. (xiv) DPAS rating: N/A. (xv) CBD Numbered Notes: N/A. (xvi) Submit one copy of signed and dated offer by 4:00 PM Eastern Standard Daylight time on March 7, 2003 to the Federal Bureau of Investigation, Information Technology Contracts Unit, Attn: Michael Konchesky, Module B-3, 1000 Custer Hollow Road, Clarksburg, WV 26306 or facsimile at 304-625-5391. (xvii) Name and telephone number of individual to contact for information regarding the solicitation: Michael Konchesky, (304) 625-4031. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (21-FEB-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 24-FEB-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: Federal Bureau of Investigation, 1000 Custer Hollow Road, Clarksburg, WV
Zip Code: 26306
Country: USA
 
Record
SN00264384-W 20030226/030224213913 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.